Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

J -- Spider Contractor Logistics Support

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-X-0117
 
Response Due
6/15/2009
 
Archive Date
7/15/2009
 
Point of Contact
Stephanie Resch, Contract Specialist, (973)724-5561<br />
 
E-Mail Address
Stephanie Resch
(stephanie.resch@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Office of the Program Manager Close Combat Systems (OPMCCS),Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey to identify potential sources to provide contractor logistics support (CLS) in Afghanistan to the XM7 Spider Network Command Munition (an anti-personnel Munition System). The Government has sixty-six systems in country. The Spider system currently in production meets the Presidents Anti-Personnel Landmine (APL) policy with regards to Non-Self Destruct/Self-Destruct APL. Spider is a stand-alone weapon system consisting of three main hardware components: a Remote Control Station (RCS), a Repeater for extended communications, and a Munition Control Unit (MCU), capable of containing up to six individual Miniature Grenade Launchers (MGLs). Spider is compatible with the U.S. Army battlefield key management infrastructure and the Navy Electronic Key Management System (EKMS). Spider meets the COMSEC and Transmission Security (TRANSEC) requirements contained in the Spider Security Policy. Spider is currently using removable media compatible with the Force XXI Battle Command Battalion/Brigade and Below (FBCB2), an indirect interface. The Government requires uninterrupted OCONUS Contingency Operation CLS support in combat operations for the duration of deployment. Interested contractors must have the necessary equipment and skills to maintain Spider systems and meet our program CLS requirements. The XM-7 Spider system is built to a performance specification and the Government does not have a mature Technical Data Package. Interested parties that believe they can meet the above requirements shall provide a brief summary of their capabilities in contractor logistics support in an austere theater environment. Responses should include their current business structures: (a) name of Company-include contact persons name, company address, telephone numbers (voice and fax), e-mail address, (b) Company size (i.e. large, foreign, small disadvantaged, veteran owned, woman owned, etc) as well as provide minimum and maximum monthly production capabilities. This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding for any activity to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. All responding sources should submit their responses no later than close of business June 15, 2009 to Army Contracting Command Joint Munitions & Lethality Contracting Center CCJM-CC, Attn: Ms. Stephanie Resch, Building 9,Picatinny Arsenal, NJ 07806- 5000. Responses can also be submitted by email to the following email address: stephanie.resch@us.army.mil. It should be noted that telephone responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE30/W15QKN-09-X-0117/listing.html)
 
Record
SN01832308-W 20090603/090601234820-aba319bd27d8f31d6629d03880f19887 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.